Documents
Advance Force Operations Contract
Oct. 15 2015 — 7:56 a.m.

PERFORMANCE WORK STATEMENT (PWS)
COURSE OF INSTRUCTION IN ADVANCED FORCE OPERATIONS
FOR
SFG(A) 1-1,
Torii Station, Okinawa, Japan
28 July 2015
1

1.0 Background: 1st Battalion, 1st Special Forces Group (Airborne) (1-1 SFG (A)) is a flexible, multifaceted command capable of executing special operations (both Special Warfare and Surgical Strike) in
direct support of COMSOCPAC (Commander Special Operations Command, United States Pacific
Command), the PACOM (Pacific Command) Commander, or as directed by Chairman of the Joint Chiefs
of Staff (CJCS) and the National Command Authority (NCA). For 1-1 SFG (A) to be fully capable of
conducting its PACOM directed mission as the PACOM Commander’s Crisis Response Force, the unit
must be proficient in Advanced Force Operations. In order to remain proficient in this highly refined skill
set, 1-1 SFG(A) must ensure its operators maintain their skills by attending regular, mission critical
training. Their instruction will directly enhance 1-1 SFG (A)’s capability to support the PACOM
Commander’s contingency plan and overseas contingency plan objectives.
2.0 This recurring training requirement is vital to 1-1 SFG (A)'s role in support of Overseas Contingency
Operations (OCO), operational deployments in support of multiple Campaign Plans(CAMPLANs),
Operation Plan (OPLANs), Contingency Plans(CONPLANs), Joint Combined Services exercises(JCS), and
Joint Combined Exchanges for Training (JCET).
3.0 Services Summary: For 1-1 SFG (A) individuals to strengthen and refine their capability and capacity
to conduct Advanced Force Operations in order to provide the PACOM Commander with an enhanced
capability that supports the crisis prevention and response missions of the Commander’s In-Extremis Force.
4.0 Scope: The Contractor will provide 1-1 SFG (A) with a Course of Instruction (COI) in Advanced
Force Operations, providing high quality instruction focusing on topics that directly or indirectly support
technical surveillance operations in non-permissive environments. This Performance Work Statement
(PWS) addresses the requirements of instruction, as well as the organizational requirements and
administrative tasks essential to delivering this COI. The Contractor shall be required to work closely with
the designated Technical Point of Contact (TPOC) upon award of contract to ensure all aspects of the COI
logistical and instructional, meet 1-1 SFG (A)'s requirements.
Contracting Officer Representative (COR): The COR monitors all technical aspects of the contract and
assists in contract administration. The COR is authorized to perform the following functions: Assure that
the Contractor performs the technical requirements of the contract, perform inspections necessary in
connection with contract performance, maintain written and oral communications with the Contract
concerning technical aspects of the contract, monitor Contractor’s performance and notifies both the
Contracting Officer and Contractor of any deficiencies, coordinate availability of Government furnished
property and provide site entry of contractor personnel. A letter of apointment is issued to the COR which
states the responsibilities and limitations of the COR, especially with regard to changes is cost or price,
estimates, or changes in delivery dates. The COR is not authorized to change any of the terms and
conditions of the contract.
5.0 Requirement: The Contractor shall provide the following:
5.1 Period of Instruction: Two(2) three-week courses of instruction comprising eight hours of
instruction per day to be held beginning with an in-progress training between 21 and 25 September
2015. Training will commence on 12 October 2015 and end on 30 October 2015. Second iteration
will be from 11 April 2016 to 29 April 2016. This is the only block of time available for the target
audience. The three weeks will be strictly for instruction and will not include time for travel,
administration, or training preparation and set up. Contractor will be prepared to provide at least eight
hours of instruction per day, at Torii Station, Okinawa, Japan. After contract agreement course dates or
times may be adjusted upon agreement between the Government and Contractor.
The training should be broken into three phases with the following covering the following topics:
Phase I:
2

Identification and function of various lock families
Warded, bit key, disc tumbler and pin tumbler locks
Wheel and dial combination locks
Padlock bypass techniques
Foreign padlock defeat exercise
Simplex and mechanical push button locks
Schlage wafer lock picking and decoding
Key casting and key impressioning
Building entry operations and door hardware bypass techniques
Tubular key and cruciform key locks
Master key system exploitation
Pin tumbler decoding and sight reading
Digital door hardware and click locks
Key mensuration and use of code machines and key duplicators
Working with pin tumbler cylinders – mortise, rim, europrofile, key-in-knob
Hotel mag-stripe card key cloning
RFID Credential Cloning
Working with Europrofile cylinders
Picking and decoding rotating disc tumbler locks
Picking and impressioning dimply key locks
Advanced Key impressioning techniques
Phase II:
Visual decoding of edge cut and high security automobile keys
Picking, decoding, generating keys to European Ford / Jaguar Tibbe locks
Generating keys to automotive dimple key locks
Visual tumbler decoding techniques
Advanced automotive key impressioning
Use of various mechanical picking and decoding tools
Automotive key generation – standard and high security vehicle locks
Use of hand held clippers to generate high security keys by code
Use of electronic code machines to generate and duplicate high security keys
Selected transponder bypass techniques
Vehicle access and key generation practical exercises
Phase III:
Physical restraint escape techniques, tool construction and concealment
Mitigation of overseas operational constraints
Tactical planning considerations
CTR in support of building entry and key generation operations
CTR in support of vehicle access operations
Open source tools and data bases in support of CTR operations
Restricted data bases in support of CTR operations
Use of technical collection tools in support of key generation missions
Culminating team tactical exercises
5.2 Location of Instruction: The contractor’s on-site training location as stipulated in the award.
5.3 Number of Attendees: COI must be able to accommodate training for up to 10 individuals per
iteration.
5.4 Curriculum: The curriculum for the COI will be a blended method of delivery, consisting of:
plenary (full class), discussion groups, case studies, and practical exercises.
The instruction should incorporate student feedback in the form of a post course survey with a
3

percentile of no less than 95% stating that the training was either relevant or extremely relevant to their
mission.
5.5 Teaching Materials: All teaching aids and materials will be procured and provided by the
Contractor. Required student reading materials in electronic and hard copy will be provided by the
Contractor. If advance reading is recommended by the Contractor electronic copies will be provided to
the TPOC to disseminate to COI attendees. The published negotiation reference book used in the
course will be provided to all students.
5.6 Government Furnished Services:
The Contractor shall not make use of any property or services described in this section for any purpose
other than performing the requirements of this contract. Contractor personnel are responsible for
safeguarding Government Furnished Property, equipment, and facilities. The Contractor shall be
required to reimburse the Government for lost, damaged, or misappropriated property for which
Contractor personnel are responsible.
Safety Provisions: The Contractor shall comply with all fire, safety, and security provisions.
Emergency Medical Treatment: Government furnished medical service is not available to Contractor
personnel, except in emergency on-the-job situations when Contractor personnel suffer serious injury
or acute pain. Government emergency treatment will be provided as the first point of medical care.
Transfer to non-Government facilities shall be affected as soon as possible and as determined by
attending medical authorities. Contractor employees experiencing emergency on-the-job injuries or
illnesses may use Guthrie Clinic, located on Torii Station. The Contractor shall be responsible for any
charges resulting from treatment at an Army Medical Facility.
Fire Protection: The Government will provide fire protection and prevention services to the contract
site.
Police Protection and Law Enforcement: The Government will provide Police Protection and Law
Enforcement services to the Contractor and Contractor personnel on the installation. This service shall
also include any investigative services related to physical security of Government owned property and
incidents involving Contractor owned property inclusive of privately owned property of Contractor
personnel if the incident occurs on the installation.
5.7 Instructor Qualifications/Requirements:
Primary Instructor:
Minimum/General Experience: Extensive operational experience (15 years minimum), within the US
and/or overseas, applying the same technical surveillance related skills operationally that are being
taught in the training course. Must have a proven record of consistently excellent performance as an
instructor. Must hold and maintain a current Top Secret security clearance. The need for a Top Secret
Security clearance is based upon the fact that the students being trained have a classified mission
essential task listing. The instructors must have a Top Secret clearance to know why and how their
instruction is applicable to the mission.
Functional Responsibility: Primarily responsible for the overall conduct of the training course, teaching
skills and techniques unique to his proven area of expertise.
Minimum Education: College – 2 year degree preferred but high school graduate acceptable.
Assistant Instructor:
Minimum/General Experience: Extensive operational experience (10 years minimum), within the US
and/or overseas, applying the same technical surveillance related skills operationally that are being
taught in the training course. Must have a proven record of consistently excellent performance as an
instructor. Must hold and maintain a current Top Secret security clearance.
Functional Responsibility: Together with the Primary Instructor, responsible for the overall conduct of
4

the training course, teaching skills and techniques unique to his proven area of expertise.
Minimum Education: College – 2 year degree preferred but high school graduate acceptable.
The Government, through the Contracting Officer, shall have the "right of refusal" of any instructor
considered unqualified.
5.8 Personnel Requirements: The Contractor shall provide a lead instructor that meets the
qualifications outlined in Paragraph 4.7.
5.9 Dress Code/Grooming Standards: The Contractor shall ensure that all Contractor instructors and
teaching assistants that come in contact with 1-1 SFG(A) students maintain a professional standard of
grooming, personal appearance, and attire.
5.10 Teaching Environment: The contractor shall maintain an orderly and professional atmosphere in
all settings and shall have authority commensurate with this responsibility.
5.11 Contractor Relationship to Military Authorities: All Contractor personnel shall conform to and
comply with the rules, regulations, and other requirements of the Department of Defense and
Department of the Army for contract personnel integrity, grooming, conduct, speech, student
fraternization, safety, and security. In addition, Contractor personnel shall maintain high personal
standards of relevant technical knowledge and demonstrate professional competence in delivering
training material.
1-1 SFG (A) members whose conduct is not professional shall be cautioned and counseled in the
presence of the TPOC. If the inappropriate behavior continues, the 1-1 SFG(A) person shall be referred
by the Contractor to their respective Department Head for further disciplinary action. In the event of
formal military action against students under their tutelage, Contractor personnel may be requested to
provide written statements to or appear in person as a witness in a student's non-judicial punishment or
court martial proceedings. Such statements or appearances may be directly related to charges or may
provide information for use in determining appropriate punishment. The Contractor shall report any
disciplinary problem (e.g. fraternization, sexual harassment, discrimination, etc.) between Contractor
employees and 1-1 SFG (A) or other military staff to the TPOC. The Government shall investigate the
validity of the complaint and provide a recommendation to the appropriate military department for
action. Contractor personnel shall cooperate with all investigations and assist Government personnel
until the investigation is complete.
6.0 Stipulating Conditions:
6.1 Contractor Incurred Expenses(COI): All expenses incurred by Contractor and employees while
executing the COI, to include, but not limited to: travel expenses (taxi, plane, rental vehicle, fuel, and
public transportation), lodging, and dining will be the sole responsibility of the Contractor to procure.
Any and all compensation for these expenses will be the responsibility of the Contractor, and thus
considered as included in provided pricing quote.
6.2 Non-Personal Service Statement: Contractor employees performing services under this contract
will be controlled, directed, and supervised at all times by management personnel of the Contractor.
Contractor shall not employ any person who is an employee of the U.S. Government if the
employment of that person would create a conflict of interest. Contractor management will ensure that
employees properly comply with the performance work standards outlined in the PWS. Contractor
employees will perform many of their duties, independent of, and without the supervision of any
Government official. However, due to the high risk nature of the training, the Contract Manager and/or
other Government representative may provide direction and/or guidance within the execution of the
training. The tasks, duties, and responsibilities set forth in this contract may not be interpreted or
implemented in any manner that results in any contractor employee creating or modifying Federal
policy, obligating the appropriated funds of the United States Government, overseeing the work of
Federal employees, providing direct personal services to any Federal employee, or otherwise violating
the prohibitions set forth in Part 37.1 of the Federal Acquisition Regulation (FAR).
5

7.0 Security:
7.1 Privacy Act Compliances: The Contractor may be in contact with data and information
subject to the Privacy Act of 1974 (Title 5 of the U.S. Code Section 552a). The Contractor
shall ensure that its employees assigned to this effort understand and adhere to the
requirements of the Privacy Act and to DoD and DoN regulations that implement the Privacy
Act. The Contractor shall identify and safeguard data, information and reports accordingly. In
addition, the Contractor shall ensure that contractor employees assigned to the contract are
trained on properly identifying and handling data and information subject to the Privacy Act
prior to commencing work. The Contractor will safeguard any 1-1 SFG(A) student names,
personally identifiable information, or personal contact information obtained during the COI
and not divulge them without 1-1 SFG(A) or student permission.
7.2 Confidentiality Agreement: The Contractor and Contractor personnel shall be prepared and
willing to enter a confidentiality agreement regarding material, operational, or sensitive
information discussed during the COI. The Contractor will not publicize testimonials using 11 SFG(A)'s name or members of its command.
7.3 Contractor employees will be required to obtain and display identification badges. Anticipate
delays in getting commercial vehicles on base and allow time for commercial vehicles to
reach their destination by driving designated routes at posted speed limits throughout the base.
Procedures for commercial vehicle access to the base are subject to change without prior
notice.
7.4 ID Passes, Badges and Vehicle Stickers: The contractor is responsible to obtain such
clearances and/or passes as required for his/her employees to enter military installations on
Okinawa prior to start of work. The contractor shall be responsible for all passes issued to
his/her employees under this contract. Applications shall be coordinated through the CO or
designated representative. At the time of application, Security Forces may conduct a
background check on employees. Upon termination of employment, the contractor shall be
responsible for returning identification cards and base passes to Security Forces within 24
hours.
7.5 The contractor shall submit a request for base passes for his employees to the 18th
Contracting Squadron, Attention: 18 CONS/LGCB, Kadena Air Base, for recommendation of
approval by the Pass and ID Section. After approval from 18 CONS/LGCB, the contractor
shall follow the instructions for acquiring designated pass for entry into applicable Army
facilities at Camp Foster, Bldg 456, at DSN 645-2239/7519 or from off base dial 098-9702239/7519.
7.6 For vehicle access, follow the instruction from Vehicle Registration, Bldg 5638, Camp Foster,
at DSN 645-3200 or from off base dial 098-970-3200. The prime contractor shall be
responsible for all passes issued to his/her or his subcontractor’s employees under this
contract. The Government reserves the right to obtain certification of receipt for all base
passes upon termination of employment or completion of contract, prior to payment of final
invoice. Contractor employees will be required to display identification badges.
8.0 Deliverables:
8.1 Contact Information: The TPOC will be assigned to the Contractor and will be the principle point
of contact for COI coordination, including student management, schedule, and curriculum. Additional
points of contact will be promulgated following contract award.
1-1 SFG(A) Primary TPOC: CPT Kedrick Palmer
1-1 SFG(A) Secondary TPOC: CPT Nguyen Cuong
8.2 Course Coordination: At least 2 weeks prior to COI convening dates, the TPOC will provide
6

the Contractor with Attendee Personal Assessments. Prior to COI convening dates TPOC will
schedule a time to discuss details of course curriculum.
8.3 COI Convening Location: Upon award of contract, the 1-1 SFG (A) TPOC will confirm COI
convening location with the Contractor.
9.0 Government Observations:
9.1 Government personnel, other than Contracting Officers (COs) and quality assurance personnel
(QAPs), may from time to time, with CO coordination, observe contractor operations. However, these
personnel may not interfere with contractor performance or make any changes to the contract.
10.0 Quality Assurance:
10.1 Any matter concerning a change to the scope, prices, terms or conditions of this contract shall be
referred to the Contracting Officer and not to the QAP(s).
10.2 The services to be performed by the contractor during the period of this contract shall at all times
and places are subject to review by the Contracting Officer or authorized representative(s).
11.0 Contract Administration:
11.1 Important Notice: The Contractor shall not accept any instructions issued by any person other than the
Contracting Officer (KO), Administrative Contracting Officer (ACO), or his/her authorized representative
acting within the limits of his/her authority. No information other than that which may be contained in any
authorized amendment to this solicitation or any authorized modification to any resulting contract issued by
the Contracting Officer, which may be received from any person employed by the U.S. Government or
otherwise, shall be considered as grounds for deviation from any provisions, conditions or other terms of
these documents.
11.2 Contracting Officer’s Representatives and Their Authority:
The Contracting Officer will designate individual(s) to act as the Contracting Officer’s Representative
(COR) under this contract. Such designations will be made by letter from the Contracting Officer with
an information copy furnished to the Contractor. The COR will represent the Contracting Officer in
the administration of the contract but will not be authorized to change any of the terms and conditions
of the contract.
No oral statements of any person, whomsoever, will in any manner or degree modify, or otherwise
affect the terms and conditions of this contract. The Contracting Officer shall be the only person
authorized to approve changes in any of the requirements under this contract, and notwithstanding any
provisions contained elsewhere in this contract, said authority shall remain solely with the Contracting
Officer.
7